The RFP Database
New business relationships start here

Furnish and Installing Audio Visual systems to replace the Military and Family Support Center existing outdated systems


Hawaii, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060419Q4084. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Publication Notice 20190809. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.
The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

The NAICS code is 334310 and the Small Business Standard is 750 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision.

The NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests quotes from qualified sources capable of furnishing and installing Audio Visual systems to replace the Military and Family Support Centerbs existing outdated systems (New equipment only; no remanufactured or gray market items):

CLIN 0001 - QTY: 1 Group - Audio Visual Systems for Room 257, Room 292 and Room 262
CLIN 0002 - QTY: 1 Group - Audio Visual Systems for Room 293 and Hickam Classroom

Delivery shall be made within 60 calendar days of receipt of the awarded purchase order.

Delivery Location is 4827 Bougainville Drive, Honolulu, Hawaii 96818.

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

ATTACHMENTS:

1.    Requirements
2.    Far 52.212-3 AND Alt I Offeror Representations and Certifications. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by fill out bN/Ab in paragraph b.

PROVISIONS AND CLAUSES:

The following provisions and clauses incorporated by reference are applicable to this procurement:
52.204-7 System for Award Management
52.204-13 SAM Maintenance (Oct 2016)
52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-18 Commercial and Government Entity Code Maintenance
52.209-6 Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (CD 2019-O0003)
52.212-1 Instructions to OfferorsbCommercial Items (CD 2018-O0018)
52.212-4 Contract Terms and ConditionsbCommercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders b Commercial Items
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION 2019-O0003)
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child LaborbCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-14 Acquisition of EPEATB.-Registered Televisions
52.223-15 Energy Efficiency In Energy-Consuming Products
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program--Basic
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea--Basic

CLOSING TIME / METHOD OF AWARD

This announcement will close at 10:00 AM (Hawaii Standard Time) on 18 September 2019.
Contact Troy Wong who can be reached at 808-473-7532 or email troy.wong1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a written quote which shall be considered by the agency.

If requested, the Government may conduct a site visit for prospective offerors. To schedule a site visit, requests must be submitted to Troy Wong by 10:00 AM (Hawaii Standard Time) on 16 September 2019.

Award of the contract will be made to the responsible offeror whose quote is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price. The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer

Technical Acceptability will be rated on an bacceptableb or bunacceptableb basis:

Acceptable - Offer clearly meets the minimum technical requirements of the solicitation
Unacceptable - Offer does not clearly meet the minimum technical requirements of the solicitation

System for Award Management (SAM).
Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

Troy Wong 808-473-7532

troy.wong1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP